GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
ID: 140L1225Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WASTE TREATMENT AND STORAGE FACILITIES (Y1PD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting bids for waterline repairs at the GAOA Bishop Campground, which includes Tuttle Creek, Horton Creek, and Crowley Lake. The project aims to modernize the campground's water systems by installing buried tank drain lines, isolation valves, and water meters to ensure compliance with safety regulations and improve infrastructure. This initiative is part of the Great American Outdoor Act, emphasizing the importance of maintaining public recreational facilities. Interested small businesses must submit their quotes by May 9, 2025, for a contract valued between $25,000 and $100,000, with work expected to commence within ten days of notice and completed by September 30, 2025. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.

    Point(s) of Contact
    Cabral, John
    (707) 438-5293
    (916) 978-4444
    jcabral@blm.gov
    Files
    Title
    Posted
    The document outlines a series of federal government Requests for Proposals (RFPs) and grants focused on enhancing community infrastructure and services. It emphasizes the importance of addressing pressing issues like public safety, economic development, and environmental sustainability. Key initiatives include funding for transportation improvements, community health programs, and disaster response planning. Each RFP specifies eligibility criteria, funding limits, and the required documentation for submission to ensure compliance with federal regulations. The document serves as a vital resource for local governments and organizations seeking financial support to enhance public services and community resilience. It highlights the competitive nature of the grant process, urging applicants to align their proposals with federal priorities to secure funding. Overall, the file underscores the federal commitment to empower local entities in fostering sustainable development and improving the quality of life for citizens.
    The government file outlines a series of proposals and grants targeting various agencies at federal, state, and local levels. These requests for proposals (RFPs) and federal grants are aimed at addressing diverse needs across multiple sectors, including health, infrastructure, and community development. Each proposal outlines specific requirements, eligibility criteria, and potential funding allocations. The document emphasizes the importance of compliance with federal regulations and prioritizes projects that facilitate community growth and sustainability. Key elements include detailed guidelines for application processes, project timelines, and contract obligations, ensuring that proposals align with governmental goals of efficiency and accountability. The overarching aim is to leverage federal support to stimulate economic development while fostering community resilience and infrastructure enhancement. The file serves as a critical tool for organizations seeking funding opportunities while enacting positive changes within their communities.
    The document outlines a price schedule for waterline repairs at various campgrounds, specifically under the GAOA initiative. It details the scope of work, which includes mobilization to the campground and multiple tasks involving tank drain lines and pipeline modifications at Tuttle Creek, Horton Creek, and Crowley Lake campgrounds. Each task is presented with a corresponding quantity as a lump sum, indicating a total unit cost for efficient budgeting. This price schedule serves as part of a Request for Proposals (RFP) process, potentially aimed at securing contractors who will undertake these repairs, ensuring safe and functional water systems for public use. The structured format underscores the importance of detailed planning and cost assessment in government procurement practices, reflecting the federal commitment to maintaining infrastructure at recreational sites.
    The Statement of Work (SOW) for the Bureau of Land Management (BLM) under the Great American Outdoor Act focuses on modernizing the water systems at Bishop Campgrounds, which includes Tuttle Creek, Horton Creek, and Crowley Lake. The current systems face regulatory deficiencies and maintenance challenges, prompting the need for significant upgrades such as installing buried tank drain lines, isolation valves, and water meters to ensure compliance with the Safe Drinking Water Act and California's Title 22 standards. The project scope specifies tasks for each campground, including replacing and installing approximately 580 linear feet of drain lines, improving the distribution system with isolation valves and backflow prevention, and maintaining safety during construction within public access areas. The timeline for project completion is set from June 1 to September 30, with detailed notification requirements for park visitors regarding water access. Overall, this SOW aligns with government initiatives to enhance public infrastructure while ensuring environmental protection and public safety, essential for the effective management of national recreational areas.
    The prebid site visit summary for the Crowley Lake, Horton Creek, and Tuttle Creek Campgrounds outlines the scope of work under RFP# 140L1225Q0010 for GAOA FY24 funded improvements. Conducted on April 24, 2025, the meeting included BLM representatives and multiple contractors who discussed essential tasks across all three sites. The primary focus involves installing isolation valves and meters, along with new tank drain lines adhering to specific material and installation guidelines to prevent erosion and ensure proper drainage. For Crowley Lake, two isolation valves and a minimum 40-foot drain line will be established; Horton Creek will have two valves and at least 200 feet of drain line, while Tuttle Creek will require three valves and a minimum of 560 feet. The document clarifies common contractor queries regarding materials, installation lengths, and specific requirements for drain line support and location. This summary signifies federal investments aimed at campground infrastructure improvements, emphasizing compliance with safety and environmental standards while providing detailed directives for contractors engaged in the project.
    The document outlines an amendment to the solicitation for the Bishop Campgrounds Great American Outdoor Act (GAOA) Plumbing Modifications. The main purpose of the amendment is to address contractor inquiries raised during a site visit and to revise Attachment No. 1, Statement of Work (SOW). The deadline for receiving offers remains set for May 9, 2025, Local Pacific Time, and respondents must acknowledge receipt of this amendment by including a signed copy with their proposals. The effective period for the contract is designated from June 1, 2025, to September 30, 2025. Contact information for Cheryl Parker, the point of contact for engineering, is provided for prospective contractors. The document specifies that all other terms of the solicitation, unless modified by this amendment, remain unchanged.
    The document is a Request for Quotation (RFQ) from the Bureau of Land Management (BLM) for construction services related to the GAOA Bishop Campground waterline repairs. The RFQ, numbered 140L1225Q0010, seeks quotes by May 9, 2025, for a project estimated to cost between $25,000 and $100,000. The contract is set aside for small businesses and specifies a firm fixed pricing model. Performance requires the contractor to begin work within ten days of notice to proceed and to complete the project within ninety days. Key points include the establishment of contracts under simplified acquisition procedures, the requirement for technical quotations, and the clarification that submitted quotes are not binding offers. The document outlines a thorough checklist for quote submission and stipulates criteria for contractors, emphasizing compliance with various federal regulations and standards. The procurement is focused on domestic labor and materials, with stringent guidelines for project management and reporting. Overall, this RFQ reflects the government’s initiative to ensure efficient, compliant construction practices while supporting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.